Instructions to Offerors Sample Clauses
Instructions to Offerors. Proposal Format: Proposals shall be submitted in two volumes. Volume I shall include the technical quotation and volume II the price quotation. Proposals shall be labeled “Volume I- “Technical Quotation” and “Volume II-Price Quotation”. Proposal Submission: Offerors shall post 1 copy of each volume on eBuy and also mail 1 copy of each volume to the following address. Please do not use binders. ▇▇▇▇▇▇▇ ▇▇▇▇▇▇▇▇ DFC, P.O. Box 25047, Bldg. 50 Denver, CO 80225-0047 The Offeror shall provide a cover letter, on company letterhead, which identifies: RFQ Number Company Address Company Phone Number Company Fax Number Company Point of Contact/Title/E-mail Address for whom should be contacted concerning any questions about the offer
Instructions to Offerors. “Instructions to Offerors” is Section 3-a of Part 3 of the Solicitation Documents.
Instructions to Offerors. EXAMINATION OF PROPOSAL DOCUMENTS
Instructions to Offerors. This RFO contains the unique requirements that Offerors must meet to submit a responsive RFO response. It provides information regarding the format in which all responses must be submitted, materials to be included, requirements that must be met to be eligible for consideration, and the Contractor’s responsibilities. The DOJ will review responses to this RFO based on Best Value as determined by the DOJ. The best value response is the response that provides the best overall value to the DOJ with respect to quality and pricing while fulfilling the DOJ’s mandate to: 1) maximize the benefits to the state in relation to the areas of security, competence, experience, and timely performance; 2) take into account the particularly sensitive nature of the California DOJ; and 3) act to promote and ensure integrity, security, honesty, and fairness in the operation and administration of the DOJ. For purposes of this procurement, the Best Value response will be the RFO response that meets all mandatory requirements and receives the highest number of points under the Scoring Criteria set forth below. If an Offeror discovers any ambiguity, conflict, discrepancy, omission, or other error in this RFO, the Offeror should immediately notify the Procurement Official in writing and request clarification or modification of the document. During the RFO response review process, the DOJ reserves the right to ask clarifying questions of Offerors for the purpose of clarifying ambiguities or errors contained in the response. The DOJ will advise the Offerors, in writing, of the documentation required and the timeline for submission, if applicable. The DOJ reserves the right to reject any and all responses received, if determined that it is in the DOJ’s best interest to do so. Failure to respond completely and timely to all portions of this RFO, and any subsequent addenda, may disqualify the prospective Contractor’s Response (if deemed material in nature). All costs for developing responses are entirely the responsibility of the Offeror and shall not be chargeable to the DOJ. The DOJ may modify any part of the RFO, as a result of questions or other reasons, prior to the response due date, by issuance of one or more addenda. Addenda will be numbered consecutively; all future addenda and correspondences will be emailed directly to all Offerors who receive the RFO, and it is the responsibility of the prospective Offerors to review the modifications. Offerors will have five (5) business day...
Instructions to Offerors. Questions: Any questions must be submitted to the Contract Specialist, ▇▇▇▇▇▇▇ ▇▇▇▇▇▇ at ▇▇▇▇▇▇▇.▇▇▇▇▇▇.civ@▇▇▇▇.▇▇▇ and the Contracting Officer, ▇▇▇▇▇ ▇▇▇▇▇▇, at ▇▇▇▇▇.▇.▇▇▇▇▇▇.civ@▇▇▇▇.▇▇▇ by 15 February 2022 at 1:00pm (CST).
Instructions to Offerors. Unless this Request for Qualifications (RFQ) is solicited directly by another County department, the only official distribution source for this Request for Qualifications (RFQ) is through the Department of General Services. Additionally, most RFQ documents issued by the Department of General Services are now being distributed through BidNet which can be accessed through ▇▇▇.▇▇▇▇▇▇▇▇▇▇▇▇▇▇▇.▇▇▇/▇▇▇▇▇▇▇▇▇▇▇▇▇▇▇ under "Current Bids and Proposals." If you’ve obtained this RFQ from a different source, you are encouraged to contact the Department to receive an official copy. You may not receive addenda or important information regarding this RFQ if you are not registered with the Department of General Services as having obtained a copy of this RFQ through the Department or through BidNet. By submitting a proposal, you are asking the County to accept your offer for the sale of goods and/or services. It is important that you READ and UNDERSTAND all terms and conditions contained herein, as well as understand the laws that govern Public Contracts in New York State. If you do not agree with the terms and conditions contained in this RFQ you should not submit a proposal.
Instructions to Offerors. Do not attempt to complete this Lease form (GSA Lease Form L202). Upon selection for award, Government will transcribe the successful Offeror's final offered rent and other price data included on the Lease proposal form (GSA Lease Proposal Form 1364-S, hereinafter Lease Proposal Form) into a Lease Form, and transmit the completed Lease Form, together with appropriate attachments, to the successful Offeror for execution.
SECTION 1 THE PREMISES, RENT, AND OTHER TERMS
1.01 THE PREMISES (SUCCEEDING) (SEP 2013) Unless otherwise noted, the Government accepts the Premises and tenant improvements in their existing condition, except where specifications or standards are contained elsewhere in this Lease. These standards include security improvements, Fire Protection and Life Safety requirements, ABAAS compliance, as well as compliance with all local codes and ordinances. Such acceptance by the Government of existing Premises shall not relieve Lessor of continuing obligations for cleaning, janitorial, maintenance, repair, etc. as set forth in the Lease paragraphs and attached General Clauses. The premises are described as follows: Exhibit A refers to the floor plans provided by the successful offeror and must delineate the space under lease. LEASE NO. VA25-14-L-0050, PAGE 4 of 43 LESSOR: ______ GOVERNMENT: ________ GSA FORM L202 (09/13) LEASE NO. VA257-14-L-0050
A. Clinical and related space: 9,999 rentable square feet (RSF), located on 01 or 02 floor(s), of the building, as depicted on the floor plan(s) attached hereto as Exhibit A. Reference S30 - VA_NUSF_versus_GOVERNMENT_ANSIBOMA_usable for definition of ANSI/BOMA Office Area (ABOA).
Instructions to Offerors. PROPOSAL PREPARATION INSTRUCTIONS
1. The Government intends to award one Firm-Fixed-Price contract for the acquisition of Between-Bearings Pump/Driver Assemblies (BB3). Therefore, to ensure timely and equitable evaluation of proposals, offerors must follow the instructions provided in this section. The offeror’s proposal shall include all data and information required by this solicitation and be submitted in accordance with the following instructions. Failure to provide all required documentation may render offeror’s proposal non- responsive to the Request for Proposal and cause the offeror’s exclusion from competition.
(a) Offerors are required to meet all solicitation requirements, including terms and conditions; representations and certifications; and technical requirements, factors and subfactors.
(b) Offerors must clearly identify any exception to the solicitation’s terms and conditions and provide rationale for the exception. Offerors are advised that taking an exception may render the offeror ineligible for award.
(c) Offerors are advised that progress payments are applicable to this acquisition.
(d) The offerors proposal shall consist of three separate parts: Part 1 – General Administrative Information, Part 2 – Price Proposal, and Part 3 –
Instructions to Offerors. I. Offer Deadline: Sealed quotations must be received not later than 5:00 P.M. (PST), on March 26, 2024 by post/courier or by hand. All offers must be sent to the following address: Please mark ITB No. 425 on the sealed envelope. For queries and questions please email to: ▇▇▇▇▇▇▇▇▇▇▇@▇▇▇▇.▇▇
II. Specifications: See section 3 specifications
Instructions to Offerors. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services (Sep 2023) applies to this solicitation. The following addenda apply: